Section one: Contracting authority
one.1) Name and addresses
NHS National Services Scotland
Swinhill Avenue
Larkhall
ML9 2QX
Contact
Steve Graham
Telephone
+44 1698794407
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
http://www.nss.nhs.scot/browse/procurement-and-logistics
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
http://publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Tracheostomy Tubes and Accessories
Reference number
NP189/23
two.1.2) Main CPV code
- 33140000 - Medical consumables
two.1.3) Type of contract
Supplies
two.1.4) Short description
The supply and delivery of Tracheostomy Tubes and Accessories to all entities constituted pursuant to the National Health Service
(Scotland) Act 1978, (i.e. All NHS Scotland Health Boards, Special Health Boards and the Authority or other NHS organisation established
pursuant to the NHS (Scotland) Act 1978)and any Integrated Joint Boards established pursuant to the new Public Bodies (Joint Working)
Scotland Act 2014.
Tenders may be submitted for one or more lots
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Adult Tracheostomy Tubes
Lot No
1
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Supply and delivery of Adult Tracheostomy Tubes, including but not limited to, Cuffed, Un-Cuffed, Silicone, PVC, etc. to all entities constituted pursuant to the National Health Service (Scotland) Act 1978, (i.e. All NHS Scotland Health Boards, Special Health Boards and the Authority or other NHS organisation established pursuant to the NHS (Scotland) Act 1978) and any Integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014). Full details available in ITT Documents. Lot 1 - Adult Tracheostomy Tubes - Un-Ranked Multi Supplier Framework. The Authority envisages that up to four (4) Potential Framework Participants will be awarded to the Lot (subject to submission of admissible Tenders as determined in accordance with the provisions of this ITT).
two.2.5) Award criteria
Quality criterion - Name: Product clinical, functional, performance evaluation / Weighting: 50%
Cost criterion - Name: Cost / Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the public
contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Tracheostomy Accessories
Lot No
2
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The supply and delivery of Tracheostomy Accessories including but not limited to Tracheostomy HME's, Speaking Valves, Tube Holders,
Dressings, Protectors and Cleaning Swabs to all entities constituted pursuant to the National Health Service (Scotland) Act 1978, (i.e. All
NHS Scotland Health Boards, Special Health Boards and the Authority or other NHS organisation established pursuant to the NHS
(Scotland) Act 1978) and any Integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014 ).
Full details available in ITT documents.
Lot 2 - Tracheostomy Accessories - Un-Ranked Multi Supplier Framework. The Authority envisages that up to four (4) Potential Framework
Participants will be awarded to the Lot (subject to submission of admissible Tenders as determined in accordance with the provisions of
this ITT).
two.2.5) Award criteria
Quality criterion - Name: Product clinical, functional and performance evaluation / Weighting: 50%
Cost criterion - Name: Cost / Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the public
contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Neonatal and Paediatric Tracheostomy Tubes
Lot No
3
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Supply and delivery of Neonatal and Paediatric Tracheostomy Tubes, including but not limited to, Cuffed, Un-Cuffed, Silicone, PVC, etc. to all entities
constituted pursuant to the National Health Service (Scotland) Act 1978, (i.e. All NHS Scotland Health Boards, Special Health Boards and
the Authority or other NHS organisation established pursuant to the NHS (Scotland) Act 1978) and any Integrated Joint Boards established
pursuant to the new Public Bodies (Joint Working) Scotland Act 2014). Full details available in ITT Documents.
Lot 3 - Neonatal and Paediatric Tracheostomy Tubes - Un-Ranked Multi Supplier Framework. The Authority envisages that up to four (4) Potential
Framework Participants will be awarded to the Lot (subject to submission of admissible Tenders as determined in accordance with the
provisions of this ITT).
two.2.5) Award criteria
Quality criterion - Name: Product clinical, functional, performance evaluation / Weighting: 50%
Cost criterion - Name: Cost / Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the public
contracts (Scotland) Regulations 2015.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract,
the types and levels of insurance indicated below:
Minimum level(s) of standards possibly required
Employers (Compulsory) Liability Insurance GBP 5,000,000 minimum
Public Liability Insurance GBP 5,000,000 minimum
Professional Indemnity Insurance GBP 5,000,000 minimum
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
Applicable to all lots;
- All tendered products must fully comply with the Requirement Documents included within the tender.
- If awarded to the Framework Potential Framework Participants must provide evidence that tendered products are UKCA/CE marked complying
with Medical Device Directive 93/42/EEC. Evidence should be in form of a certificate of compliance issued by a UKAS (or equivalent)
accredited independent third party.
- If awarded to the Framework Potential Framework Participants must provide certification to confirm that the manufacturing organisation
hold ISO 13485 certification or equivalent. All companies within the supply chain are approved to ISO9001 or equivalent, or ISO 13485 or
equivalent.
- If awarded to the Framework Potential Framework Participants must provide certification to confirm that the manufacturer meets the
Environmental standard ISO 14001 or equivalent.
- All tendered pricing must be inclusive of delivery.
- Potential Framework Participants must confirm
a) that they are be able to start supply of products within 30 days from notification of award.
b) that they will hold a minimum of 30 days stock at all times and be able to deliver within 5 working days as routine with delivery within
24 hours if occasionally required.
c)If you are tendering for Lot 2 - Tracheostomy Accessories, confirm that you can tender at least 3 of the 7 product groups listed in the
'Price Schedule'.
d)that they will submit, free of charge, samples of products tendered for evaluation as detailed in the price schedule.
e)that in the event of a complaint being raised, investigations will take place and findings will be reported to complainant within 30 days
from receipt.
f)that if required they can have suitably qualified and experienced training and/or support staff available within 48 hours to all geographical
areas in Scotland. Training staff must include a product specialist/registered nurse and be validated and a record of the training provided
must be given to each staff member.
g)that following award of the contract, contact Health Boards to identify where training and or support is required to support
implementation of any product changes required. This should lead to the development of an implementation plan to support these changes
which includes details of the level of training required, who will provide it, where and when they will provide it and to which staff
members. The Potential Framework Participant must also detail the name and position of the person within the Health board who has
agreed to this training provision.
h)that following award your local representative you will be available to meet with National Procurement and local implementation leads.
NHS Scotland target will be to have any change associated with implementation complete within 3 months of contract award.
I)must provide details on numbers of products sold within last 12 months and country(ies) of sale. It is expected that products will have
been sold in a location with similar Health care standards to NHSS. The information provided here should give confidence that products are
in widespread use in areas with similar standards of healthcare provision. For innovative products and new products to the market, the
Potential Framework Participant must provide appropriate clinical evidence.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 8
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
25 October 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
25 October 2023
Local time
12:00pm
Place
National Procurement, 2 Swinhill Avenue, Larkhall, ML9 2QX
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25104. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25104. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
It is a mandatory requirement that potential framework participants agree to support the concept, provision and ongoing development of
community benefits provision in relation to this framework.
Potential framework participants are required to agree to this mandatory requirement. They are also requested to provide a brief summary
of the community benefits that have recently been delivered within NHS Scotland, if at all, and also what impact and outcomes these have
achieved.
Potential framework participants are required to summarise any proposed community benefits that will be developed and delivered as part
of this contract is successful, or, alternatively potential framework participants confirm they will engage with the NHS Scotland’s
Community Benefit Gateway( CBG ). This gateway, developed through requests from suppliers seeking opportunities to support the
delivery of community benefits within the contracting region, provides information on community benefit opportunities. The CBG is a free
and easy to use online service that connects NHS Scotland suppliers with third sector community organisations within Scotland and will be
used for tracking and reporting and is approved compliant route to the realisation of community benefits.
For further information please visit -
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25104. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see:
https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
(SC Ref:744805)
six.4) Procedures for review
six.4.1) Review body
The Common Services Agency (more commonly known as NHS National Services Scotland) ("the Authority")
Gyle Square (NSS Head Office), 1 South Gyle Crescent
Edinburgh
EH12 9EB
Telephone
+44 1698794504
Country
United Kingdom
Internet address
http://www.nhsscotlandprocurement.scot.nhs.uk/
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Authority will notify economic operators who submitted a tender or (where no deselection notification has previously been made)
applied to be selected to tender, of its decision to award the framework agreement which notification will contain among other information,
a summary of the reasons why the economic operators was unsuccessful. The notification will incorporate a ‘standstill period’ of a
minimum of 10 clear calendar days (or a minimum of 15 if the communication method used is not electronic) between the date on which
the Authority dispatches the notice(s) and the date on which the Authority proposes to conclude the relevant framework agreement. The
bringing of court proceedings against the Authority during the standstill period will automatically continue the prohibition on entering into
the framework agreement until the court proceedings are determined, discontinued or disposed of, or the court, by interim order, brings to
an end the prohibition. The remedies that may be awarded by the courts before the framework agreement has been entered into include the
setting aside of the decision to award the framework agreement to the winning tenderer(s). The bringing of court proceedings against the
Authority after the framework agreement has been entered into will not affect the framework agreement unless grounds for the imposition
of special penalties under the Public Contracts (Scotland) Regulations 2015 can be established. Otherwise, the remedies that may be
awarded by the courts where the framework agreement has been entered into are limited to the award of damages.